Why don't they just deport them back to their home countries, instead of keeping them locked up here so they can make a PROFIT off their bodies. I have a strong feeling that the TAXPAYER isn't going to be happy about this.
Bureau of Prisons - Performance-Based Solicitation
Last Updated 12/22/2006
Criminal Alien Requirement, Phase II (CBD Notice)
PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
Services
OFFADD: U.S. Department of Justice, Federal Bureau of Prisons,
Procurement and Property Branch, 320 First Street NW, Washington, D.C.
20534
To Top
SUBJECT: R--CORRECTIONAL FACILITY, PRIVATELY OWNED AND OPERATED
SOL RFP-PCC-0006
POC Connie Tatko - Fax (202) 616-6007
DESC: UPDATED INFORMATION - REPLACEMENT CBD - UPDATED INFORMATION -
REPLACEMENT CBD The Phase I Survey is due 60 days from the issuance of
this REPLACEMENT CBD Notice.
The Federal Bureau of Prisons (FBOP) will be soliciting for a Contractor-Owned and Contractor-Operated correctional facility to house
approximately 1,500 male FBOP low security non-U.S. citizen criminal aliens. Proposed facility(ies) may be new construction, expansion, or
existing. Proposed facilities must be located within the states of Alabama, Florida, Georgia, and Mississippi.
To Top
The FBOP intends to award a firm-fixed price contract with award-fee incentives; a potential term of ten years consisting of a three-year
base and seven one-year option periods; a performance-based statement of work based generally on American Correctional Association standards;
and a management emphasis on contractor quality control.
Sites located within 90 miles on either side of the following Interstate Highways or within 90 miles of the following cities will be
preferred: Florida - I-95 corridor between Jacksonville and Miami or the city of Tampa; Georgia - I-20 west of Atlanta or the city of
Atlanta; Alabama - I-20; Mississippi - I-59 or I-10. The facility(ies) should be located within proximity, and have access to, emergency
services (medical, fire protection, law enforcement, etc.). The contractor shall provide all necessary facilities, services, equipment,
and supplies needed for contract performance.
To Top
The FBOP has established a decisional rule criteria requiring all offerors to clearly demonstrate they have corporate experience
operating secure corrections/detention facilities for a continuous three year period as of the date the Request for Proposals (RFP) is
issued. Offerors shall be required to provide information to the FBOP for compliance with the National Environmental Policy Act (NEPA) of
1969, 42 U.S.C. 4321, et seq., and the implementing regulations at 40 CFR Part 1500.
NO LATER THAN 60 DAYS CALENDARS of the date this Notice the offeror shall submit, a Phase I Survey conducted in accordance with the
American Society for Testing and Materials (ASTM), E-1527-97, "Standard Practice for Environmental Site Assessment: Phase I Environmental Site
Assessment Process." The Phase 1 Survey shall include, as a "Non-Scope Consideration" under Chapter 12 of the Standard Practice, a delineation
or identification of on-site wetlands and an analysis of potential impacts to threatened or endangered species or species of special
status. The identification of on-site wetlands should include an on-site reconnaissance level survey/report by a qualified wetlands
specialist, the National Wetlands Inventory map for the project area, and an identification of hydric soils on the proposed property. The
analysis of potential impacts to threatened and endangered species and species of special status should include a site reconnaissance report
identifying potential habitat or presence of protected species by a qualified biologist with federal and state threatened and endangered
species (plant and animal) lists.
Failure to submit the Phase I Survey for any site WITHIN 60 CALENDAR DAYS shall preclude that site from being considered for this
procurement. The Government shall only accept offers for which a Phase I Survey has been timely submitted. All other offers will be rejected.
To Top
Any, and all, information submitted as a part of the Phase I Survey shall be considered non-proprietary and, at the discretion of
Government, be made public during the Scoping process under NEPA or at any other appropriate time.
Prospective offerors shall submit, in writing to the Contracting Officer, all requests for Wage Determinations for the geographic area
in which they are proposing to perform this service. Requests shall contain the State and County of the place of performance and shall be
submitted NO LATER THAN 60 calendar days after issuance of THIS NOTICE.
THE RFP WILL BE ISSUED IN ELECTRONIC FORMAT ON ONE (1) 3 " FLOPPY DISKETTE IN PDF (ADOBE ACROBAT) FILE FORMAT. The estimated RFP issuance date is June 19, 2000 and the estimated closing date is August 16, 2000. All responsible sources may request a copy of the RFP by submitting a written request to the above address or E-Mail to
[email protected]. No collect calls will be accepted. No telephone calls
for solicitations will be accepted.
Past Performance and Experience shall be significant factors in the evaluation of Offers and award selection shall be made on a Best Value
basis. For information and planning purposes only, the FBOP will be issuing future follow-on procurements for low security non-U.S. citizen
criminal aliens in the South Central and Western Regions of the United States.
EMAILADD:
[email protected] EMAILDESC: Contracting Officer CITE: (W-094 SN440516)